36C24126R0094
C1DZ--523-26-103 Neuroscience Research Renovation A/E
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 241-NETWORK CONTRACT OFFICE 01 (36C241)
Quick analysis
Notice is a VA Special Notice of Intent to Sole Source for A/E services to WBRC, Inc.; not a competitive solicitation (SAM.gov, 36C24126R0094).
Scope is architectural/engineering design and construction-period services for a freezer farm renovation at Jamaica Plain VAMC; WBRC completed the prior feasibility study and is cited as the only responsible source (SSJ).
This work is outside Trace’s core capabilities (A/E building renovation) and misaligned with target agencies; no relevant Trace past performance cited with VA or A/E facility design.
Access is effectively closed due to sole-source to WBRC; no viable teaming path indicated; competitive position is non-existent.
Scope summary
- Architectural and engineering design, construction documents, and construction-period services for a freezer farm at Jamaica Plain VAMC (Building 10, 2nd floor).
- Ability to incorporate findings from the VA JP Neuroscience Freezer Farm Feasibility Study Concept Design completed by WBRC on 02-27-2026.
- Support for multiple A/E disciplines: architectural, structural, mechanical, electrical, plumbing, communications, fire protection/suppression, physical security and resiliency.
- Design scope around ~3,855 sq ft with at least thirty -80°C freezers (concept shows 60–65 units).
- Compliance with Brooks Act and VA qualifications-based selection processes; familiarity with VA facility standards.
Dimension scores
Scope is A/E building renovation and freezer farm design (NAICS 541330; PSC C1DZ) per SSJ and notice, which is outside Trace’s core lanes (SATCOM, CDS, JADC2, cyber, SE&I for defense systems).
No cited Trace past performance with VA or A/E facility renovation. Trace portfolio centers on DoD SATCOM, MPE, C5ISR, and SE&I; not VA A/E design.
Opportunity is a sole-source to WBRC, Inc. (SSJ) and not a vehicle Trace holds; no open competition or accessible vehicle path.
WBRC is identified as the only responsible source due to prior feasibility work and site knowledge; the notice is specifically an intent to sole source, leaving Trace no competitive position.
Very high pursuit risk: predetermined sole-source to WBRC under Brooks Act/Only One Responsible Source; Trace lacks relevant A/E credentials in evidence.
No strategic value indicated for Trace: VA A/E renovation does not align with Trace’s target agencies or core growth lanes.
While set-aside is not stated and NAICS 541330 is on Trace’s list, the procurement is justified for only one responsible source (WBRC). Brooks Act A/E qualifications and prior-study continuity create a practical disqualifier for Trace.
Concerns
- Predetermined awardee (WBRC) under sole-source justification eliminates competitive access.
- Mismatch with Trace’s core capabilities; A/E facility renovation is not a strength area.
- Brooks Act and prior feasibility study continuity create barriers to entry for non-incumbents.
- Short response window for a non-solicitation provides no realistic path to influence or protest.
Teaming opportunities
- Prime is intended as WBRC via sole-source; no apparent teaming avenue.
- Lack of demonstrated A/E freezer farm design experience and licensure in the provided Trace profile.
- No VA VISN 01/Jamaica Plain VAMC past performance or site familiarity.
Competitive position
- No credible win themes; sole-source intent to WBRC forecloses competition.
Bid/No bid factors
- Notice type is Special Notice of Intent to Sole Source (not a solicitation).
- Sole-source Justification explicitly names WBRC, Inc. as the only responsible source.
- Scope is A/E building renovation under NAICS 541330/PSC C1DZ, misaligned with Trace core capabilities.
Documents
Download all
36C24126R0094.docx
Download
VA Network Contracting Office 1 issued a Special Notice of Intent to award a sole-source A/E contract (36C24126R0094) for the "523-26-103 Neuroscience Research Renovation A/E" under NAICS 541330. The notice states this is not a solicitation and that the VA intends to negotiate a sole source award with WBRC, Inc.; it references an attached sole source justification (SSJ 523-26-103).
- Solicitation/notice number: 36C24126R0094
- Title: 523-26-103 Neuroscience Research Renovation A/E
- Agency/office: Department of Veterans Affairs, Network Contracting Office 1 (Central Western Massachusetts VAMC)
- NAICS: 541330 (A/E: Architectural, Engineering services)
- PSC: C1DZ
- Notice type: Special Notice of Intent to Sole Source (not a solicitation)
- Stated intended awardee: WBRC, Inc. (sole-source negotiation target)
- References attached sole source justification: SSJ 523-26-103 Neuroscience Research Renovation AE
- Response date/time: 2026-04-27 2:00 PM Eastern
- Contracting office address / place of performance implication: Central Western Massachusetts VAMC, Leeds, MA 01053-9764
- Point of contact: Contract Specialist Alexis Duda (Alexis.Duda@va.gov)
- Archive: 60 days after response date
- Recovery Act funds: N
- Set-aside: Unknown (not stated in this notice)
SSJ 523-26-103 Neuroscience Research Renovation AE.pdf
Download
VA VISN 01 J&A justifies a sole-source A/E award to WBRC, Inc. to advance a prior feasibility study into construction-ready design and construction-period services for a Neuroscience Research freezer farm at Jamaica Plain VA Medical Center (Building 10, 2nd floor; ~3,855 sq ft). The document cites WBRC's prior on-site feasibility work (02-27-2026) as the basis for using FAR 6.103-1/Only One Responsible Source and the Brooks Act qualifications-based rationale, and notes market research, planned SAM.gov notice, and intent to award a Firm Fixed Price contract.
- Contracting activity: Department of Veterans Affairs, VISN 01, Jamaica Plain VA Medical Center (Boston, MA); Acquisition Plan Action ID: 36C241-26-AP-2692
- Sole-source justification: WBRC, Inc. proposed as only responsible source due to prior feasibility study and on-site assessments (previous contract 36C24126P0160)
- Scope: A/E design, construction documents, and construction-period services to install a freezer farm (new freezer farm on 2nd floor, Building 10)
- Size/scope details: design for ~3,855 sq ft; initially minimum of thirty 80-degree freezers, concept plan shows layout of 60–65 freezers
- Disciplines required: full A/E across physical security, resiliency, civil, structural, architectural, plumbing, electrical, mechanical, communication systems, fire suppression/protection
- Procurement authorities: Cites 10 U.S.C. 3204(a)(1), 41 U.S.C. 3304(a)(1), and FAR 6.103-1 for Other Than Full and Open Competition; Brooks Act (qualifications-based selection) invoked
- Planned procurement actions: Notice of Intent to Sole Source to be posted on SAM.gov; CO will evaluate pricing against an Independent Government Estimate and historical pricing
- Market research: performed and concluded other firms lack project-specific knowledge; competing now would cause duplication, cost, and delays
- Contracting/approvals: Prepared by Contract Specialist Alexis Duda; Approved by Contracting Officer Heather Libiszewski-Gallien
- Contract type intent: Firm Fixed Price mentioned as planned to retain project knowledge and control costs
Technical details
Entry: sync
Review status: Up to date
Logical upstream opportunity: 30411
Notice lineage:
- 6f403f35f60c476c9f768ee42530b398 (posted 2026-04-13) - current
Last synced: 2026-04-21T15:35:59.088604+00:00
Last analyzed: 2026-04-21T15:37:42.141513+00:00
Latest package fingerprint: 88bb0dfa5802ff64a60e50f0d03e2c1d796129340782a850e3ae430e5aba043c
Latest package notice: 6f403f35f60c476c9f768ee42530b398
Latest package documents: 2
Recent package history- 2026-04-21T15:35:59.090614+00:00: 6f403f35f60c476c9f768ee42530b398 with 2 docs
Labels
Human notes
No human notes yet.